Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

70 -- Multi-Media Lecturn Podium

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-10-T-0031
 
Response Due
9/22/2010
 
Archive Date
11/21/2010
 
Point of Contact
Randal Halbrooks, 615-313-2628
 
E-Mail Address
USPFO for Tennessee
(randal.halbrooks@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W912L7-10-T-0031 is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The Tennessee Army National Guard has the following requirements. This requirement is being advertised as a small business set-aside; the North American Industry Classification System (NAICS) Code is 334310 with a Small Business Size Standard of seven hundred and fifty (750) employees. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (JUN 2006) (Deviation) and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation). Quotes are due in this office no later than Wednesday, September 22, 2010 at 4:30 PM Central Daylight Savings Time. They can be emailed to randal.halbrooks@ng.army.mil or facsimile to 615-313-2659. Offers will be evaluated using the evaluation criteria outlined in FAR 13. The award will be made to the vendor whose proposal is most advantageous to the Government. The Government desires delivery within thirty (30) days, vendors who can not meet this delivery schedule shall propose a delivery schedule that they will be able to meet. Past Performance will not be an evaluation factor in this acquisition. Point of Contact referencing this solicitation is Randal Halbrooks at 615-313-2628. The following statement of work outlines this requirement. Project: Tennessee National Guard Headquarters Multi-Media Lectern Podium Statement of Work Project Overview: Professional fabrication and installation of a custom multi-media podium for 117th Regional Training Institute (RTI) located in room 115 of Building 500, Volunteer Training Site, Smyrna, TN 37167. This podium will allow users to interface with multi-media equipment. Site Visit A site visit shall be conducted on September 16, 2010 at 8:00 AM Central Daylight Savings Time. Interested vendors are encouraged to attend and survey the proposed installation location. The site visit shall begin in the lobby of the building 500 of the 117th RTI. Quotes shall be due in this office no later than Wednesday, September 22, 2010 at 4:30 PM Central Daylight Savings Time Scope: 1) Design and fabricate a multi-media podium that will control and interface with existing Government owned audio visual equipment. The vendor shall be responsible for evaluating the current Government owned audio visual equipment and offering a solution that replicates all of the functions of the podium currently owned by the Government. The podium shall interface with current Government owned equipment consisting of; but not limited to: a) Desktop Computer b) 19 flat screen monitor c) wireless microphones sets d) overhead projector e) audio amplifier and existing speakers systems 2) The intent of this podium is to centralize existing equipment and centralize all controls through the vendors proposed multi-media podium. A speaker shall be able to control all audio visual components inside the auditorium through this podium. 3) This podium must meet or exceed all of the functional capabilities of the existing Government owned lectern multi-media podiums, including artwork; the vendors podium shall have a plaque, the same size of the plaque mounted on the existing podium, depicting the unit crest of the RTI mounted on the front of the podium. The vendors podium shall be a laminate walnut finish or better and shall be within plus or minus two inches (2) of the dimensions of the existing podium. 4) During the site visit, the 117th RTI will provide a verbal overview of what requirements are necessary to facilitate the functional needs of the podium. 5) The existing podium shall be used as the standard by which vendors proposed podiums are measured, exact brand name components are not mandatory as long as equal components meet the same functional requirements. 6) Vendor shall assume it is their responsibility to provide any parts and labor required to fully replicate the functions of the existing podium and auditorium if these parts are not expressly listed in this statement of work. This shall include but shall not be limited to additional wiring and installation, projector mounts to mitigate vibration and any electronic switches and components necessary to integrate and control all of the existing Government owned equipment through the vendors proposed podium. 7) Warranty and service calls must meet the following conditions: a) Shall be at least one (1) year for all parts and labor. b) Vendor shall be able to physically service repair within a 12 hour time-frame from initial report of warranty service needed. c) Vendor shall be available to physically service repair within a 12 hour time-frame from initial report of service needed after the warranty period has expired. Proposals Vendors shall submit a pricing proposal in response to this solicitation Pricing proposal shall consist of an itemized list of all parts and labor proposed for the project as well as total cost. 1) Proposals shall consist of the following: a. A list of all parts identified by brand name, model number and quantity that shall be installed for this project. b. The Vendors proposed warranty c. The vendors proposed installation schedule Evaluation Offers will be evaluated using the evaluation criteria outlined in FAR 13. Please provide Dun and Bradstreet number and tax identification number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-10-T-0031/listing.html)
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
Zip Code: 37204-0748
 
Record
SN02277861-W 20100912/100911001314-fc8366bb6acf0b2a795054ad7aafd1de (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.